Tender

SPS 2777 - Major and Responsive Repairs and Void Refurbishment Contract

  • Royal Borough of Greenwich

F02: Contract notice

Notice identifier: 2024/S 000-017069

Procurement identifier (OCID): ocds-h6vhtk-046cca

Published 31 May 2024, 4:19pm



Section one: Contracting authority

one.1) Name and addresses

Royal Borough of Greenwich

3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich

London

SE18 6HQ

Contact

RBG Procurement Team

Email

procurement@royalgreenwich.gov.uk

Country

United Kingdom

Region code

UKI51 - Bexley and Greenwich

Internet address(es)

Main address

http://www.royalgreenwich.gov.uk/

Buyer's address

http://www.royalgreenwich.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SPS 2777 - Major and Responsive Repairs and Void Refurbishment Contract

Reference number

DN725621

two.1.2) Main CPV code

  • 45453100 - Refurbishment work

two.1.3) Type of contract

Works

two.1.4) Short description

The Contracting Authority is seeking to enter into contracts with suitably qualified and experienced Contractors to undertake major and responsive repairs and voids refurbishment works within the borough of Greenwich. The details of works to be delivered under this contract are set out in more detail in the procurement documents.

This is a boroughwide contract and the Contracting Authority intends to enter into contracts with up to four (4) Tenderers (i.e., the top four (4) highest scoring Tenderers), who will be used as the main Contractors in relation to the Works.

The duration of the contract will be for an initial period of four (4) years with the option to further extend the contract on the same terms for a further period of up to three (3) years making possible a total contract period of seven (7) years.

The estimated total annual contract value is £8,000,000 (£8m). The estimated total contract value over seven (7) years including the optional extension period is £56,000,000 (£56m).

two.1.5) Estimated total value

Value excluding VAT: £56,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45211310 - Bathrooms construction work
  • 45421100 - Installation of doors and windows and related components
  • 45421151 - Installation of fitted kitchens
  • 45453100 - Refurbishment work
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKI51 - Bexley and Greenwich

two.2.4) Description of the procurement

The Contracting Authority is seeking to enter into contracts with suitably qualified and experienced Contractors to undertake major and responsive repairs and voids refurbishment works within the borough of Greenwich. The details of works to be delivered under this contract are set out in more detail in the procurement documents.

The works required to be delivered under these contracts can include but are not restricted to:

- Major reactive repair works;

- Provision of major reactive repair reporting and scheduling services;

- Major reactive repairs to rented dwellings and mixed tenure blocks;

- Repairs and refurbishment of vacant dwellings (voids), which may include but is not limited to kitchen and bathroom installations as required;

- Drainage reactive repairs; and

- Minor remedials from fire risk assessments.

The Contracting Authority may introduce "Out of Hours and Emergency Reactive Repair Works". These works/services are not guaranteed at contract commencement and would be optional for the Contracting Authority to introduce with one (1) of the appointed contractors over the duration of the contract(s).

The Contracting Authority may require responsive repairs to be undertaken on occasion and will advise the Contractor(s) accordingly.

The contractors must be able to deliver all the works under this contract. Without limitation, the works are envisaged to support the delivery of major and responsive repairs and void refurbishment works within the borough of Greenwich.

The Contracting Authority intends to enter into contracts with up to four (4) Tenderers (i.e., the top four (4) highest scoring Tenderers), who will be used as the main Contractors in relation to the Works.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%

Price - Weighting: 50%

two.2.6) Estimated value

Value excluding VAT: £56,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract is expected to commence on or around December 2024 and will run for an initial period of four (4) years with the option to further extend the contract for a further period of up to three (3) years. The contract extension will be subject to satisfactory reviews based upon performance and quality of service and delivery. The maximum duration of the contract including the optional extension periods is seven (7) years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Contractors should be suitably experienced and hold the relevant memberships.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

1 July 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 July 2024

Local time

1:00pm

Place

RBG Offices

Information about authorised persons and opening procedure

The Council's Procurement Officers


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The procurement is being managed through the Contracting Authority's procurement portal, Proactis: https://procontract.due-north.com

To be able to access the procurement documents you will need to register your company details on the portal. Please check that you can access the documents and if you have any problems, then you should contact the helpdesk at Proactis.

The Contracting Authority reserves the right to abandon this procurement process at any stage following the publication of this Notice and/or not to award any contract in respect of this Notice. Full details of the scope and requirements for the opportunity are set out in the tender documentation issued by the Contracting Authority.

All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of their tenders and the procurement process as a whole. Under no circumstances will the Contracting Authority or any of its advisors be liable for any costs or expenses borne by any applicant or such applicant's associated organisations or any of its advisors in this process whether the applicant is successful or otherwise.

The Contracting Authority considers that this contract may be suitable for contractors that are small or medium enterprises (SMEs). Selection of tenderers will be based solely on the criteria set out in the procurement documents.

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

The Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The High Court of England and Wales

The Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Cabinet Office

70 Whitehall

London

SW1A 2AS

United Kingdom